Highways Technical Inspections and Testing Services
The framework will be let for 2 years with the option to extend for a further 2 12-month periods.
United Kingdom-Rotherham: Technical inspection and testing services
2015/S 232-422192
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Rotherham MBC
Corporate Procurement Service, Resources Directorate, Riverside House, Main Street
For the attention of: Ms Lorna Byne
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709334159
E-mail: lorna.byne@rotherham.gov.uk
Fax: +44 1709376285
Internet address(es):
General address of the contracting authority: http://www.rotherham.gov.uk/
Address of the buyer profile: http://www.yortender.co.uk
Electronic access to information: http://www.yortender.co.uk
Electronic submission of tenders and requests to participate: http://www.yortender.co.uk
Further information can be obtained from: Rotherham MBC
Corporate Procurement Service, Resources Directorate,Riverside House, Main Street
For the attention of: Miss Lorna Byne
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709334159
E-mail: lorna.byne@rotherham.gov.uk
Fax: +44 1709376285
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Rotherham MBC
Corporate Procurement Service, Resources Directorate,Riverside House, Main Street
Contact point(s): e
For the attention of: Miss Lorna Byne
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709334159
E-mail: lorna.byne@rotherham.gov.uk
Fax: +44 1709376285
Tenders or requests to participate must be sent to: Rotherham MBC
Corporate Procurement Service, Resources Directorate,Riverside House, Main Street
For the attention of: Miss Lorna Byne
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709334159
E-mail: lorna.byne@rotherham.gov.uk
Fax: +44 1709376285
I.2)Type of the contracting authority
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Doncaster Metropolitan Borough Council
Civic Office, Waterdale
DN1 3BU Doncaster
UNITED KINGDOM
Barnsley Metropolitan Borough Council
Gateway Plaza, Off Sackville Street
S70 2RD Barnsley
UNITED KINGDOM
City of Bradford Metropolitan District Council
City Hall, Channing Way
BD1 1HY Bradford
UNITED KINGDOM
Calderdale Council
Town Hall, Crossley Street
HX1 1UJ Halifax
UNITED KINGDOM
Kirklees Council
The Town Hall, Ramsden Street
HD1 2TA Huddersfield
UNITED KINGDOM
Leeds City Council
Civic Hall, Calverley Street
LS1 1UR Leeds
UNITED KINGDOM
Wakefield Council
Town Hall, Wood Street
WF1 2HQ Wakefield
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code UKE
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 7
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 0 and 1 200 000 GBP
II.1.5)Short description of the contract or purchase(s)
The framework will be let for 2 years with the option to extend for a further 2 12-month periods.
One or more other Local Authorities/or public bodies may choose to access the concluded framework in the future subject to the capacity of the tenderer.
It is estimated that the value of spend to be directed via this agreement is in the region of GBP 0 to GBP 1 200 000 over the four year duration, however this does not carry any guarantee of turnover and any estimated volumes of business are indicative and may vary upwards or downwards depending on actual future needs.
Tenderers should be aware that although the contracting authority for the purposes of this procurement is Rotherham Borough Council, one or more of the other Local Authorities within the Yorkshire and Humber Region may choose to access the concluded contract subject to the capacity of the tenderer, without creating any obligation on behalf of any of them to do so.
Where any of the Local Authorities within the Yorkshire and Humber Region elects to do so a legally binding contract shall be created between the Contractor and that Local Authority on the terms and conditions contained herein. Details of the Local Authorities can be found athttp://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1&map=4
Other local authorities in the United Kingdom who will be entitled to call-off orders under the agreement can be found athttp://openlylocal.com/councils/all
II.1.6)Common procurement vocabulary (CPV)
71630000, 71631000, 71631480
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Lot 1 — Coarse Visual Inspection Surveys (CVI)
Ref Appendix 5 — Indicative Survey Programme estimated requirements for the 2016 Programme are 2 589 Lane Lengths (km) and 500 Lane Lengths (km) (Local Rules Apply).
Lot 2 — Detailed Visual Inspection Surveys (DVI)
Ref Appendix 5 — Indicative Survey Programme estimated requirements for the 2016 Programme are 0 Lane Lengths (km).
Lot 3 — SCANNER Surveys
Ref Appendix 5 — Indicative Survey Programme estimated requirements for the 2016 Programme are 3 669 Lane Lengths (km).
Lot 4 — SCRIM Surveys
Ref Appendix 5 — Indicative Survey Programme estimated requirements for the 2016 Programme are 4 393 Lane Lengths (km).
Lot 5 — Griptester Surveys
Ref Appendix 5 — Indicative Survey Programme estimated requirements for the 2016 Programme are 25 sites.
Lot 6 — Footway Enhanced Surveys (FNS)
Ref Appendix 5 — Indicative Survey Programme estimated requirements for the 2016 Programme are 1 222 Lane Lengths (km).
Lot 7 — Footway Asset Surveys (FAS)
Ref Appendix 5 — Indicative Survey Programme estimated requirements for the 2016 Programme are 1 600 Lane Lengths (km).
It is estimated that the value of spend to be directed via this agreement is in the region of GBP 0 to GBP 1 200 000 over the 4 year duration, however this does not carry any guarantee of turnover and any estimated volumes of business are indicative and may vary upwards or downwards depending on actual future needs.
The framework will be let for 2 years with the option to extend for a further 2 12-month periods.
1 or more other Local Authorities/or public bodies may choose to access the concluded framework in the future subject to the capacity of the tenderer.
Estimated value excluding VAT:
Range: between 0 and 1 200 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Lot 1 — CVI Surveys
1)Short description
2)Common procurement vocabulary (CPV)
71630000, 71631480, 71631000
3)Quantity or scope
Please refer to Appendix 5 — Indicative Survey Programme within the tender documents available from:http://www.yortender.co.uk/procontract/supplier.nsf by using the reference 9PXA-BKW604.
This document provides estimated requirements for the 2016 Programme indicated as 2589 Lane Lengths (km) and 500 Lane Lengths (km) (Local Rules Apply) for this lot.
The framework will be let for 2 years with the option to extend for a further 2 12-month periods.
One or more other Local Authorities/or public bodies may choose to access the concluded framework in the future subject to the capacity of the tenderer.
It is estimated that the value of spend to be directed via this agreement is in the region of GBP 0 to GBP 1 200 000 over the four year duration, however this does not carry any guarantee of turnover and any estimated volumes of business are indicative and may vary upwards or downwards depending on actual future needs.
This tender relates to 7 lots of services. Tenderers may submit prices for some or all of the lots shown. The framework will be awarded on an individual lot basis although tenderers can be awarded several lots.
Tenderers should be aware that although the contracting authority for the purposes of this procurement is Rotherham Borough Council, one or more of the other Local Authorities within the Yorkshire and Humber Region may choose to access the concluded contract subject to the capacity of the tenderer, without creating any obligation on behalf of any of them to do so.
Where any of the Local Authorities within the Yorkshire and Humber Region elects to do so a legally binding contract shall be created between the Contractor and that Local Authority on the terms and conditions contained herein. Details of the Local Authorities can be found athttp://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1&map=4
Other local authorities in the United Kingdom who will be entitled to call-off orders under the agreement can be found athttp://openlylocal.com/councils/all
4)Indication about different date for duration of contract or starting/completion
Lot No: 2 Lot title: Lot 2- DVI Surveys
1)Short description
2)Common procurement vocabulary (CPV)
71630000, 71631480
3)Quantity or scope
Please refer to Appendix 5 — Indicative Survey Programme within the tender documents available from:http://www.yortender.co.uk/procontract/supplier.nsf by using the reference 9PXA-BKW604.
This document provides estimated requirements for the 2016 programme indicated as 0 at present for this lot.
The framework will be let for 2 years with the option to extend for a further 2 12-month periods.
One or more other Local Authorities/or public bodies may choose to access the concluded framework in the future subject to the capacity of the tenderer.
It is estimated that the value of spend to be directed via this agreement is in the region of GBP 0 to GBP 1 200 000 over the four year duration, however this does not carry any guarantee of turnover and any estimated volumes of business are indicative and may vary upwards or downwards depending on actual future needs.
This tender relates to 7 lots of services. Tenderers may submit prices for some or all of the lots shown. The framework will be awarded on an individual lot basis although tenderers can be awarded several lots.
Tenderers should be aware that although the contracting authority for the purposes of this procurement is Rotherham Borough Council, one or more of the other Local Authorities within the Yorkshire and Humber Region may choose to access the concluded contract subject to the capacity of the tenderer, without creating any obligation on behalf of any of them to do so.
Where any of the Local Authorities within the Yorkshire and Humber Region elects to do so a legally binding contract shall be created between the Contractor and that Local Authority on the terms and conditions contained herein. Details of the Local Authorities can be found athttp://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1&map=4
Other local authorities in the United Kingdom who will be entitled to call-off orders under the agreement can be found athttp://openlylocal.com/councils/all
4)Indication about different date for duration of contract or starting/completion
Lot No: 3 Lot title: LOT 3 — SCANNER Surveys
1)Short description
2)Common procurement vocabulary (CPV)
71630000, 71631480
3)Quantity or scope
Please refer to Appendix 5 — Indicative Survey Programme within the tender documents available from:http://www.yortender.co.uk/procontract/supplier.nsf by using the reference 9PXA-BKW604.
This document provides estimated requirements for the 2016 Programme indicated as 3669 Lane Lengths (km) for this lot.
The framework will be let for 2 years with the option to extend for a further 2 12-month periods.
1 or more other Local Authorities/or public bodies may choose to access the concluded framework in the future subject to the capacity of the tenderer.
It is estimated that the value of spend to be directed via this agreement is in the region of GBP 0 to GBP 1 200 000 over the four year duration, however this does not carry any guarantee of turnover and any estimated volumes of business are indicative and may vary upwards or downwards depending on actual future needs.
This tender relates to 7 lots of services. Tenderers may submit prices for some or all of the lots shown. The framework will be awarded on an individual lot basis although tenderers can be awarded several lots.
Tenderers should be aware that although the contracting authority for the purposes of this procurement is Rotherham Borough Council, one or more of the other Local Authorities within the Yorkshire and Humber Region may choose to access the concluded contract subject to the capacity of the tenderer, without creating any obligation on behalf of any of them to do so.
Where any of the Local Authorities within the Yorkshire and Humber Region elects to do so a legally binding contract shall be created between the Contractor and that Local Authority on the terms and conditions contained herein. Details of the Local Authorities can be found athttp://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1&map=4
Other local authorities in the United Kingdom who will be entitled to call-off orders under the agreement can be found athttp://openlylocal.com/councils/all
4)Indication about different date for duration of contract or starting/completion
Lot No: 4 Lot title: LOT 4 — SCRIM Surveys
1)Short description
2)Common procurement vocabulary (CPV)
71630000, 71631480, 71631000
3)Quantity or scope
Please refer to Appendix 5 — Indicative Survey Programme within the tender documents available from:http://www.yortender.co.uk/procontract/supplier.nsf by using the reference 9PXA-BKW604.
This document provides estimated requirements for the 2016 Programme indicated as 4393 Lane Lengths (km) for this lot.
The framework will be let for 2 years with the option to extend for a further 2 12-month periods.
1 or more other Local Authorities/or public bodies may choose to access the concluded framework in the future subject to the capacity of the tenderer.
It is estimated that the value of spend to be directed via this agreement is in the region of GBP 0 to GBP 1 200 000 over the four year duration, however this does not carry any guarantee of turnover and any estimated volumes of business are indicative and may vary upwards or downwards depending on actual future needs.
This tender relates to 7 lots of services. Tenderers may submit prices for some or all of the lots shown. The framework will be awarded on an individual lot basis although tenderers can be awarded several lots.
Tenderers should be aware that although the contracting authority for the purposes of this procurement is Rotherham Borough Council, one or more of the other Local Authorities within the Yorkshire and Humber Region may choose to access the concluded contract subject to the capacity of the tenderer, without creating any obligation on behalf of any of them to do so.
Where any of the Local Authorities within the Yorkshire and Humber Region elects to do so a legally binding contract shall be created between the Contractor and that Local Authority on the terms and conditions contained herein. Details of the Local Authorities can be found athttp://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1&map=4
Other local authorities in the United Kingdom who will be entitled to call-off orders under the agreement can be found athttp://openlylocal.com/councils/all
4)Indication about different date for duration of contract or starting/completion
Lot No: 5 Lot title: LOT 5 — Griptester Surveys
1)Short description
2)Common procurement vocabulary (CPV)
71630000, 71631480
3)Quantity or scope
Please refer to Appendix 5 — Indicative Survey Programme within the tender documents available from:http://www.yortender.co.uk/procontract/supplier.nsf by using the reference 9PXA-BKW604.
This document provides estimated requirements for the 2016 Programme indicated as 25 sites for this lot.
The framework will be let for 2 years with the option to extend for a further 2 12-month periods.
1 or more other Local Authorities/or public bodies may choose to access the concluded framework in the future subject to the capacity of the tenderer.
It is estimated that the value of spend to be directed via this agreement is in the region of GBP 0 to GBP 1 200 000 over the four year duration, however this does not carry any guarantee of turnover and any estimated volumes of business are indicative and may vary upwards or downwards depending on actual future needs.
This tender relates to 7 lots of services. Tenderers may submit prices for some or all of the lots shown. The framework will be awarded on an individual lot basis although tenderers can be awarded several lots.
Tenderers should be aware that although the contracting authority for the purposes of this procurement is Rotherham Borough Council, one or more of the other Local Authorities within the Yorkshire and Humber Region may choose to access the concluded contract subject to the capacity of the tenderer, without creating any obligation on behalf of any of them to do so.
Where any of the Local Authorities within the Yorkshire and Humber Region elects to do so a legally binding contract shall be created between the Contractor and that Local Authority on the terms and conditions contained herein. Details of the Local Authorities can be found athttp://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1&map=4
Other local authorities in the United Kingdom who will be entitled to call-off orders under the agreement can be found athttp://openlylocal.com/councils/all
4)Indication about different date for duration of contract or starting/completion
Lot No: 6 Lot title: Lot 6 — Footway Enhanced Surveys (FNS)
1)Short description
2)Common procurement vocabulary (CPV)
71630000, 71631480, 71631000
3)Quantity or scope
Please refer to Appendix 5 — Indicative Survey Programme within the tender documents available from:http://www.yortender.co.uk/procontract/supplier.nsf by using the reference 9PXA-BKW604.
This document provides estimated requirements for the 2016 programme indicated as 1 222 Lane Lengths (km) for this lot.
The framework will be let for 2 years with the option to extend for a further 2 12-month periods.
1 or more other Local Authorities/or public bodies may choose to access the concluded framework in the future subject to the capacity of the tenderer.
It is estimated that the value of spend to be directed via this agreement is in the region of GBP 0 to GBP 1 200 000 over the four year duration, however this does not carry any guarantee of turnover and any estimated volumes of business are indicative and may vary upwards or downwards depending on actual future needs.
This tender relates to 7 lots of services. Tenderers may submit prices for some or all of the lots shown. The framework will be awarded on an individual lot basis although tenderers can be awarded several lots.
Tenderers should be aware that although the contracting authority for the purposes of this procurement is Rotherham Borough Council, one or more of the other Local Authorities within the Yorkshire and Humber Region may choose to access the concluded contract subject to the capacity of the tenderer, without creating any obligation on behalf of any of them to do so.
Where any of the Local Authorities within the Yorkshire and Humber Region elects to do so a legally binding contract shall be created between the Contractor and that Local Authority on the terms and conditions contained herein. Details of the Local Authorities can be found athttp://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1&map=4
Other local authorities in the United Kingdom who will be entitled to call-off orders under the agreement can be found athttp://openlylocal.com/councils/all
4)Indication about different date for duration of contract or starting/completion
Lot No: 7 Lot title: Lot 7-Footway Asset Surveys (FAS)
1)Short description
2)Common procurement vocabulary (CPV)
71630000, 71631480, 71631000
3)Quantity or scope
Please refer to Appendix 5 — Indicative Survey Programme within the tender documents available from:http://www.yortender.co.uk/procontract/supplier.nsf by using the reference 9PXA-BKW604.
This document provides estimated requirements for the 2016 programme indicated as 1 600 Lane Lengths (km) for this lot.
The framework will be let for 2 years with the option to extend for a further 2 12-month periods.
1 or more other Local Authorities/or public bodies may choose to access the concluded framework in the future subject to the capacity of the tenderer.
It is estimated that the value of spend to be directed via this agreement is in the region of GBP 0 to GBP 1 200 000 over the four year duration, however this does not carry any guarantee of turnover and any estimated volumes of business are indicative and may vary upwards or downwards depending on actual future needs.
This tender relates to 7 lots of services. Tenderers may submit prices for some or all of the lots shown. The framework will be awarded on an individual lot basis although tenderers can be awarded several lots.
Tenderers should be aware that although the contracting authority for the purposes of this procurement is Rotherham Borough Council, one or more of the other Local Authorities within the Yorkshire and Humber Region may choose to access the concluded contract subject to the capacity of the tenderer, without creating any obligation on behalf of any of them to do so.
Where any of the Local Authorities within the Yorkshire and Humber Region elects to do so a legally binding contract shall be created between the Contractor and that Local Authority on the terms and conditions contained herein. Details of the Local Authorities can be found athttp://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1&map=4
Other local authorities in the United Kingdom who will be entitled to call-off orders under the agreement can be found athttp://openlylocal.com/councils/all
4)Indication about different date for duration of contract or starting/completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As defined in the tender documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As defined in the tender documents.
III.2.3)Technical capacity
As defined in the tender documents.
Minimum level(s) of standards possibly required:
As defined in the tender documents.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Interested parties can download the tender documents directly from:http://www.yortender.co.uk/procontract/supplier.nsf by using the reference 9PXA-BKW604. If you are not registered on the YORtender system, you can register free at www.yortender.co.uk to find out about contract opportunities across the Yorkshire & Humber Region. The tender documentation should be completed and returned by no later than 12.00 noon onTuesday 12.1.2016. Late submissions will not be accepted. All correspondence in relation to this tender will be carried out through the YORtender system. This agreement will provide Councils in South and West Yorkshire with a framework of organisations that can provide competitive rates and services for a range of highway type inspection, and testing services. The ‘Yorkshire Authorities Survey Group’ consists of the following Councils:-— Rotherham Metropolitan Borough Council— Doncaster Metropolitan Borough Council— Barnsley Metropolitan Borough Council— City of Bradford Metropolitan District Council— Calderdale Council— Kirklees Council— Leeds City Council— Wakefield Council The framework may be utilised by the Local Authorities mentioned above and other Authorities who may wish to access the framework throughout its duration. Rotherham MBC will fulfil the role of ‘Contract Administrator’ only; all service administrative functions will be performed by a representative from each of the Authorities who access the agreement providing a Geographic contact within each area. Tenderers should be aware that although the contracting authority for the purposes of this procurement is Rotherham Borough Council, one or more of the other Local Authorities within the Yorkshire and Humber Region may choose to access the concluded contract subject to the capacity of the tenderer, without creating any obligation on behalf of any of them to do so. Where any of the Local Authorities within the Yorkshire and Humber Region elects to do so a legally binding contract shall be created between the Contractor and that Local Authority on the terms and conditions contained herein. Details of the Local Authorities can be found athttp://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1&map=4Other local authorities in the United Kingdom who will be entitled to call-off orders under the agreement can be found at http://openlylocal.com/councils/all
VI.4.1)Body responsible for appeal procedures
Simon Bradley
RMBC Procurement, Riverside House, Main Street
S60 1AE Rotherham
UNITED KINGDOM
E-mail: simon.bradley@rotherham.gov.uk
Body responsible for mediation procedures
Simon Bradley
RMBC Procurement, Riverside House, Main Street
S60 1AE Rotherham
UNITED KINGDOM
E-mail: simon.bradley@rotherham.gov.uk
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Simon Bradley
RMBC Procurement, Riverside House, Main Street
S60 1AE Rotherham
UNITED KINGDOM
E-mail: simon.bradley@rotherham.gov.uk
VI.5)Date of dispatch of this notice: